Solicitation TM Epson Power Supply and Receipt Printer. Bid designation: Public

Size: px
Start display at page:

Download "Solicitation TM Epson Power Supply and Receipt Printer. Bid designation: Public"

Transcription

1 5 Solicitation TM Epson Power Supply and Receipt Printer Bid designation: Public San Diego Superior Court 3/30/2015 4:00 PM p. 1 6

2 Epson Power Supply and Receipt Printer 5 Bid Number TM Bid Title Epson Power Supply and Receipt Printer Bid Start Date Mar 27, :09:06 AM PDT Bid End Date Apr 10, :00:00 PM PDT Question & Answer End Date Apr 6, :00:00 PM PDT Bid Contact Tricia A. McEwen Procurement and Contracts Specialist PURCHASING Contract Duration Contract Renewal Prices Good for One Time Purchase Not Applicable 30 days Bid Comments The Superior Court of California, County of San Diego is requesting quotes for Epson Power Supply PS 180 (Manufacturer # C825343) and the Epson TM -U675 Receipt Printer (Manufacturer # C31C283A8791). The Superior Court of California, County of San Diego advises that prospective bidders periodically check the websites, including but not limited to Bidsync, and/or court purchasing link for modifications to bid documents. The Superior Court of California, County of San Diego is not responsible for a prospective bidder's misunderstanding of the bid solicitation or nonresponsive bid due to failure to check these websites for updates or amendments to bid documents, and/or other information regarding the bid solicitations. Failure to periodically check these websites will be at the bidder's sole risk. The information published and/or responded to on these websites is public information. If you have questions or concerns in registering as a supplier on the BidSync site or processing your bid or proposal, call BidSync Customer Service at Bidders must submit bid offer via BidSync only. No hard copy, or faxed bids will be accepted. Bidders must submit any questions regarding the RFQ via BidSync only. Added on Mar 30, 2015: Hello, Please include information about the warranty for each item, as well as the return policy. Thank you, Tricia McEwen Addendum # 1 Changes were made to the following items: Epson Power Supply PS 180 Epson TM -U675 Receipt Printer Addendum # 2 Item Response Form 3/30/2015 4:00 PM p. 2

3 Item TM Epson Power Supply PS 180 Quantity Unit Price Delivery Location 41 each Description Power Adapter for Epson Thermal Printers AC 110/220V San Diego Superior Court SAN DIEGO SUPERIOR COURT B ST 225 W B ST DEL BETWEEN 8-3:30 ONLY SAN DIEGO CA Qty 41 Addendum # 1 Previous Delivery Location/Quantity 225 W B ST DEL BETWEEN 8-3:30 ONLY SAN DIEGO, CA Qty 35 New Delivery Location/Quantity 225 W B ST DEL BETWEEN 8-3:30 ONLY SAN DIEGO, CA Qty 41 Item Quantity Unit Price Delivery Location Description Monochrome Dot-matrix A5 Roll (8.3 cm) 17.8 cpi 9 pin up to 5.1 lines/sec USB TM Epson TM-U675 Receipt Printer 40 each San Diego Superior Court SAN DIEGO SUPERIOR COURT B ST 225 W B ST DEL BETWEEN 8-3:30 ONLY SAN DIEGO CA Qty 40 Addendum # 1 Previous Delivery Location/Quantity 225 W B ST DEL BETWEEN 8-3:30 ONLY SAN DIEGO, CA Qty 34 New Delivery Location/Quantity 225 W B ST DEL BETWEEN 8-3:30 ONLY SAN DIEGO, CA Qty /30/2015 4:00 PM p. 3

4 5 ATTACHMENT SUPERIOR COURT OF CALIFORNIA, COUNTY OF SAN DIEGO DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) INCENTIVE QUALIFICATION DECLARATION Complete this form only if Bidder wishes to claim the DVBE incentive associated with this solicitation. Review the DVBE Incentive Qualification Declaration Instructions (SDSC Form #PUR-003A) prior to completing this form. If Bidder submits incomplete or inaccurate information, it will not receive the DVBE incentive. Check the applicable box(es) and complete the section for which bidder is seeking qualification for DVBE incentive. cb SECTION A. BIDDER IS A DVBE Complete this section if Bidder is a DVBE. 1. DVBE Supplier ID number: 2. DVBE Certification active from: to 3. Percentage of the contract work Bidder will subcontract to non-dvbe subcontractors: 4. All disabled veteran owners and managers of Bidder must complete and sign the DVBE Status Declaration (SDSC Form #PUR-004). Bidder must submit the completed DVBE Status Declaration along with this DVBE Incentive Qualification Declaration. 5. Bidder must submit a copy of its DVBE certification along with this DVBE Incentive Qualification Declaration. cb SECTION B. BIDDER HAS A DVBE BUSINESS UTILIZATION PLAN (BUP) Complete this section if Bidder has an approved DVBE BUP on file with the Department of General Services (DGS) and this solicitation is for goods (IT or Non-IT), or IT services (do not complete if this solicitation is for non-it services). 1. Date BUP was approved by DGS: 2. Date through which BUP is valid: 3. Bidder must submit a copy of its Notice of Approved DVBE Business Utilization Plan issued by DGS along with this DVBE Incentive Qualification Declaration. cb SECTION C. BIDDER WILL USE DVBE SUBCONTRACTORS Complete this section if the Bidder will use DVBE Subcontractors. Enter the total number of DVBE subcontractors that Bidder will use for this contract: Provide the following information or materials for each DVBE Subcontractor the Bidder will use for this contract. Attach additional sheets if necessary. 1. Subcontractor Name: 2. Subcontractor Contact Person: 3. Subcontractor Address: 4. Subcontractor Telephone Number: 5. Subcontractor Address: 6. Subcontractor DVBE Supplier ID Number: 7. Subcontractor DVBE Certification Active from: to 8. Bidder must submit a copy of Subcontractor s DVBE certification along with this DVBE Incentive Qualification 3/30/2015 4:00 PM p. 4

5 8. Bidder must submit a copy of Subcontractor s DVBE certification along with this DVBE Incentive Qualification Declaration. 9. Describe the goods and/or services to be provided by Subcontractor in connection with the contract: 5 SDSC PUR- 003 (New 4/13) DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) INCENTIVE QUALIFICATION DECLARATION 6 Page 1 of Explain how Subcontractor is performing a commercially useful function for purposes of this contract. (See Incentive Qualification Declaration Instructions for the definition of commercially useful function Enter the percentage of the total bid price for the goods and/or services to be provided by Subcontractor: % 12. Provide written confirmation from Subcontractor that it will provide the goods and/or services identified above if Bidder is awarded the contract. 13. All disabled veteran owners and managers of Subcontractor must complete and sign the DVBE Status Declaration. Bidder must submit the completed DVBE Status Declaration along with this DVBE Incentive Qualification Declaration. CERTIFICATION I, the official named below, declare under penalty of perjury under the laws of the state of California that the information provided on this form is true and correct and that I am duly authorized to legally bind the Bidder to this certification. Company Name: Tax ID Number: Address: Telephone Number: Executed in the County of in the State of. Type or print name/title Signature 3/30/2015 4:00 PM p. 5

6 SDSC PUR- 003 (New 4/13) DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) INCENTIVE QUALIFICATION DECLARATION Page 2 of 2 6 3/30/2015 4:00 PM p. 6

7 5 ATTACHMENT SUPERIOR COURT OF CALIFORNIA, COUNTY OF SAN DIEGO DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) STATUS DECLARATION Complete this form only if Bidder wishes to claim the DVBE incentive associated with this solicitation. Review the DVBE Status Declaration Instructions (SDSC Form #PUR-004A) prior to completing this form. If Bidder submits incomplete or inaccurate information, it will not receive the DVBE incentive. Each DVBE and each DVBE Subcontractor must complete a separate form. SECTION A. MUST BE COMPLETED BY ALL DVBEs DVBE Name: DVBE Supplier ID Number: SECTION B. MUST BE COMPLETED BY ALL DVBEs Check only one box in Section B and provide original signatures of all disabled veteran (DV) owners and managers of the DVBE. I (we) declare that the DVBE is not a broker or agent, as defined in Mil. & Vet. Code 999.2(b), of the goods and/or services provided by the DVBE in connection with the solicitation identified above. Pursuant to Mil. & Vet. Code 999.2(f), I (we) declare that the DVBE is a broker or agent for the following principal. (attach additional sheets if more than two principals) Principal Name: Address: Principal Name: Address: Telephone Number: Telephone Number: Disabled veteran owners and managers of the DVBE: (attach additional sheets if necessary) I, the official named below, declare under penalty of perjury under the laws of the state of California that the information provided on this form is true and correct. Type or print name Signature of DV Owner/Manager Type or print name Signature of DV Owner/Manager Type or print name Signature of DV Owner/Manager 3/30/2015 4:00 PM p. 7

8 SDSC PUR- 004 (New 4/13) DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) STATUS DECLARATION Mil. & Vet. Code 999 & Page 1 of 2 SECTION C. MUST BE COMPLETED BY DVBEs THAT PROVIDE RENTAL EQUIPMENT AND ARE NOT BROKERS/AGENTS Check applicable boxes in Section C and provide original signatures of all DV owners and managers of the DVBE. Pursuant to Mil. & Vet. Code (c), (d) and (g), I am (we are) the DV(s) with at least 51% ownership of the DVBE, or DV manager(s) of the DVBE. The DVBE maintains certification requirements in accordance with Mil. & Vet. Code 999 et seq. The undersigned owner(s) own(s) at least 51% of the quantity and value of each piece of equipment that will be rented in connection with this solicitation. I (we), the DV owner(s) of the equipment, have submitted to the Department of General Services my (our) personal federal tax return(s) at time of certification and annually thereafter as defined in Mil. & Vet. Code (c) and (g). Disabled veteran owners of the DVBE: (attach additional sheets if necessary) I, the official named below, declare under penalty of perjury under the laws of the state of California that the information provided on this form is true and correct. Name of DV Owner: Address: Tax ID Number: Telephone Number: Signature of DV Owner Name of DV Owner: Address: Telephone Number: Tax ID Number: Signature of DV Owner Name of DV Owner: Address: Telephone Number: Tax ID Number: Signature of DV Owner Disabled veteran managers of the DVBE: (attach additional sheets if necessary) Type or print name Signature of DV Manager Type or print name Signature of DV Manager 3/30/2015 4:00 PM p. 8

9 SDSC PUR- 004 (New 4/13) DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) STATUS DECLARATION Mil. & Vet. Code 999 & Page 2 of 2 6 3/30/2015 4:00 PM p. 9

10 SUPERIOR COURT OF CALIFORNIA, COUNTY OF SAN DIEGO SMALL BUSINESS DECLARATION Solicitation Number: Complete this form only if the Bidder will claim the Small Business 1 Preference associated with the solicitation. Review the Small Business Declaration Instructions (SDSC Form # PUR-011A) prior to completing this form. If the Bidder submits incomplete or inaccurate information, it will not receive the preference. SECTION A. BIDDER IS A SMALL BUSINESS Complete this section if the Bidder is a Small Business. 1. DGS Supplier ID number: 2. Small Business Certification active from to. 3. A copy of the Small Business certification approval letter for the Bidder must be submitted along with this declaration. 4. Will the Bidder subcontract any portion of the contract work to subcontractors? Yes No If no, skip to the Certification section. If yes, complete a-c below. a. State the percentage of the contract work the Bidder will subcontract: % b. Describe the goods and/or services to be provided by the Bidder itself in connection with the contract: c Explain how the Bidder is performing a commercially useful function for purposes of this contract. (See the instructions for the definition of commercially useful function. ) SECTION B. BIDDER IS A NON-PROFIT VETERAN SERVICE AGENCY (NVSA) Complete this section if the Bidder is an NVSA. 1. DGS Supplier ID number: 2. NVSA Certification active from to 3. A copy of the Bidder s NVSA certification approval letter must be submitted along with this declaration. 1 Unless otherwise stated, any reference to small businesses also includes microbusinesses, as defined by Gov. Code section SDSC PUR-011 (New 4/14) SMALL BUSINESS DECLARATION Page 1 of 2 Mandatory Form 3/30/2015 4:00 PM p. 10

11 SECTION C. CERTIFICATION I, the official named below, declare under penalty of perjury under the laws of the State of California, that the information provided in this form is true and correct. I am duly authorized to legally bind the Bidder to this certification. This certification is made under the laws of the State of California. Company Name: Tax ID Number: Address: Telephone Number: Executed in the County of in the State of. Type or print name/title Signature SDSC PUR-011 (New 4/14) SMALL BUSINESS DECLARATION Page 2 of 2 Mandatory Form 3/30/2015 4:00 PM p. 11

12 SUPERIOR COURT OF CALIFORNIA, COUNTY OF SAN DIEGO SMALL BUSINESS DECLARATION INSTRUCTIONS General Instructions In this form, DGS refers to the Department of General Services. Small Business refers to an entity certified by DGS as a small business or a microbusiness. Bidder refers to a person or entity that submits a response to a competitive solicitation issued by the court, including RFQs, IFBs, and RFPs. Bid refers to a response to a competitive solicitation issued by the court. If the Bidder will claim the small business preference in a solicitation where a small business preference is offered, it must complete the Small Business Declaration (SDSC Form #PUR-011). If no small business preference is offered, or the Bidder does not claim the small business preference, the Bidder should not complete the Small Business Declaration. The court will determine whether the Bidder is eligible to receive the small business preference based on information provided in the Declaration. The court may, but is not obligated to, verify or seek clarification of any information set forth in the Declaration. If the Bidder submits incomplete or inaccurate information, it will not receive the small business preference. SECTION A. BIDDER IS A SMALL BUSINESS Instructions Complete this section if the Bidder is a Small Business. 1. Provide the Bidder s DGS Supplier ID number. This number is in the Bidder s DGS Supplier Profile, accessible at 2. Provide the applicable dates. These dates are listed in the Bidder s DGS Supplier Profile, accessible at 3. Each entity certified as a Small Business by DGS will have received a Small Business certification approval letter. The Bidder must submit a copy of its Small Business certification approval letter. 4. If the Bidder will subcontract any portion of the contract work, answer yes and complete subparts a-c. If the Bidder will not subcontract any portion of the contract work, answer no and skip to Certification. a: This percentage is equal to the amount to be paid by the Bidder to all subcontractors divided by the Bidder s total bid price, multiplied by 100. Enter a percentage; do not enter a dollar amount. For example, if the amount to be paid by the Bidder to subcontractors is $35,000 and the Bidder s total bid price is $125,000, enter 28% (35, ,000 = 0.28; 0.28 x 100 = 28). b: Provide a detailed description of the goods and/or services the Bidder itself will provide for the contract. In other words, provide a detailed description of the goods and/or services that will not be subcontracted. Attach additional sheets if necessary. c: Provide an explanation of how the Bidder s goods and/or services constitute a commercially useful function for purposes of the contract. Pursuant to Gov. Code 14837, a business is deemed to perform a commercially useful function if the business does all of the following: (i) Is responsible for the execution of a distinct element of the work of the contract. (ii) Carries out its obligation by actually performing, managing, or supervising the work involved. (iii) Performs work that is normal for its business services and functions. (iv) Is responsible, with respect to products, inventories, materials, and supplies required for the contract, for negotiating price, determining quality and quantity, ordering, installing, if applicable, and making payment. (v) Is not further subcontracting a portion of the work that is greater than that expected to be subcontracted by normal industry practices. Note: a business will not be considered to perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of Small Business participation. Attach additional sheets if necessary. SECTION B. BIDDER IS A NON-PROFIT VETERAN SERVICE AGENCY (NVSA) Instructions Complete this section if the Bidder is an NVSA. 1. Provide the Bidder s DGS Supplier ID number. This number is in the Bidder s DGS Supplier Profile, accessible at 2. Provide the applicable dates. These dates are listed in the Bidder s DGS Supplier Profile, accessible at 3. Each entity certified as an NVSA by DGS will have received a certification approval letter. The Bidder must submit a copy of its certification approval letter. SECTION C. CERTIFICATION Instructions Provide the Bidder s full legal name, tax ID number, address, and telephone number in the appropriate boxes. The certification must be signed by an authorized Bidder representative. Provide the name and title of the authorized Bidder representative, and the date, county, and state where that person signed the certification, on the appropriate lines. SDSC PUR-011 A (New 4/14) Informational Form SMALL BUSINESS DECLARATION INSTRUCTIONS 3/30/2015 4:00 PM p. 12

13 SUPERIOR COURT OF CALIFORNIA, COUNTY OF SAN DIEGO SMALL BUSINESS DECLARATION Solicitation Number: Complete this form only if the Bidder will claim the Small Business 1 Preference associated with the solicitation. Review the Small Business Declaration Instructions (SDSC Form # PUR-011A) prior to completing this form. If the Bidder submits incomplete or inaccurate information, it will not receive the preference. SECTION A. BIDDER IS A SMALL BUSINESS Complete this section if the Bidder is a Small Business. 1. DGS Supplier ID number: 2. Small Business Certification active from to. 3. A copy of the Small Business certification approval letter for the Bidder must be submitted along with this declaration. 4. Will the Bidder subcontract any portion of the contract work to subcontractors? Yes No If no, skip to the Certification section. If yes, complete a-c below. a. State the percentage of the contract work the Bidder will subcontract: % b. Describe the goods and/or services to be provided by the Bidder itself in connection with the contract: c Explain how the Bidder is performing a commercially useful function for purposes of this contract. (See the instructions for the definition of commercially useful function. ) SECTION B. BIDDER IS A NON-PROFIT VETERAN SERVICE AGENCY (NVSA) Complete this section if the Bidder is an NVSA. 1. DGS Supplier ID number: 2. NVSA Certification active from to 3. A copy of the Bidder s NVSA certification approval letter must be submitted along with this declaration. 1 Unless otherwise stated, any reference to small businesses also includes microbusinesses, as defined by Gov. Code section SDSC PUR-011 (New 4/14) SMALL BUSINESS DECLARATION Page 1 of 2 Mandatory Form 3/30/2015 4:00 PM p. 13

14 SECTION C. CERTIFICATION I, the official named below, declare under penalty of perjury under the laws of the State of California, that the information provided in this form is true and correct. I am duly authorized to legally bind the Bidder to this certification. This certification is made under the laws of the State of California. Company Name: Tax ID Number: Address: Telephone Number: Executed in the County of in the State of. Type or print name/title Signature SDSC PUR-011 (New 4/14) SMALL BUSINESS DECLARATION Page 2 of 2 Mandatory Form 3/30/2015 4:00 PM p. 14

15 SUPERIOR COURT OF CALIFORNIA, COUNTY OF SAN DIEGO SMALL BUSINESS DECLARATION INSTRUCTIONS General Instructions In this form, DGS refers to the Department of General Services. Small Business refers to an entity certified by DGS as a small business or a microbusiness. Bidder refers to a person or entity that submits a response to a competitive solicitation issued by the court, including RFQs, IFBs, and RFPs. Bid refers to a response to a competitive solicitation issued by the court. If the Bidder will claim the small business preference in a solicitation where a small business preference is offered, it must complete the Small Business Declaration (SDSC Form #PUR-011). If no small business preference is offered, or the Bidder does not claim the small business preference, the Bidder should not complete the Small Business Declaration. The court will determine whether the Bidder is eligible to receive the small business preference based on information provided in the Declaration. The court may, but is not obligated to, verify or seek clarification of any information set forth in the Declaration. If the Bidder submits incomplete or inaccurate information, it will not receive the small business preference. SECTION A. BIDDER IS A SMALL BUSINESS Instructions Complete this section if the Bidder is a Small Business. 1. Provide the Bidder s DGS Supplier ID number. This number is in the Bidder s DGS Supplier Profile, accessible at 2. Provide the applicable dates. These dates are listed in the Bidder s DGS Supplier Profile, accessible at 3. Each entity certified as a Small Business by DGS will have received a Small Business certification approval letter. The Bidder must submit a copy of its Small Business certification approval letter. 4. If the Bidder will subcontract any portion of the contract work, answer yes and complete subparts a-c. If the Bidder will not subcontract any portion of the contract work, answer no and skip to Certification. a: This percentage is equal to the amount to be paid by the Bidder to all subcontractors divided by the Bidder s total bid price, multiplied by 100. Enter a percentage; do not enter a dollar amount. For example, if the amount to be paid by the Bidder to subcontractors is $35,000 and the Bidder s total bid price is $125,000, enter 28% (35, ,000 = 0.28; 0.28 x 100 = 28). b: Provide a detailed description of the goods and/or services the Bidder itself will provide for the contract. In other words, provide a detailed description of the goods and/or services that will not be subcontracted. Attach additional sheets if necessary. c: Provide an explanation of how the Bidder s goods and/or services constitute a commercially useful function for purposes of the contract. Pursuant to Gov. Code 14837, a business is deemed to perform a commercially useful function if the business does all of the following: (i) Is responsible for the execution of a distinct element of the work of the contract. (ii) Carries out its obligation by actually performing, managing, or supervising the work involved. (iii) Performs work that is normal for its business services and functions. (iv) Is responsible, with respect to products, inventories, materials, and supplies required for the contract, for negotiating price, determining quality and quantity, ordering, installing, if applicable, and making payment. (v) Is not further subcontracting a portion of the work that is greater than that expected to be subcontracted by normal industry practices. Note: a business will not be considered to perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of Small Business participation. Attach additional sheets if necessary. SECTION B. BIDDER IS A NON-PROFIT VETERAN SERVICE AGENCY (NVSA) Instructions Complete this section if the Bidder is an NVSA. 1. Provide the Bidder s DGS Supplier ID number. This number is in the Bidder s DGS Supplier Profile, accessible at 2. Provide the applicable dates. These dates are listed in the Bidder s DGS Supplier Profile, accessible at 3. Each entity certified as an NVSA by DGS will have received a certification approval letter. The Bidder must submit a copy of its certification approval letter. SECTION C. CERTIFICATION Instructions Provide the Bidder s full legal name, tax ID number, address, and telephone number in the appropriate boxes. The certification must be signed by an authorized Bidder representative. Provide the name and title of the authorized Bidder representative, and the date, county, and state where that person signed the certification, on the appropriate lines. SDSC PUR-011 A (New 4/14) Informational Form SMALL BUSINESS DECLARATION INSTRUCTIONS 3/30/2015 4:00 PM p. 15

16 RFQ TM Epson Power Supply and Epson Receipt Printer Terms and Conditions 1. Award will be made by all or none. 2. Bidders must submit bid offer via Bidsync.com. 3. Court may reject any or all bids. 4. Quotations are to be firm for a period of 60 days. 5. No substitutions allowed. 6. Tie Bids: In the event of a tie, the contract will be awarded to the winner of a single coin toss. The coin toss will be witnessed by two court employees. The court will provide notice of the date and time of the coin toss to the affected Bidders, who may attend the coin toss at their own expense. 7. Americans with Disabilities Act: The court complies with the Americans with Disabilities Act (ADA) and similar California statutes. Requests for accommodation of disabilities by Bidders should be directed to: ADA.Coordinator@sdcourt.ca.gov 8. Disabled Veteran Business Enterprise (DVBE) Incentive: Bidder will receive a DVBE incentive if, in the court s sole determination, Bidder has met all applicable requirements. If Bidder receives the DVBE incentive, the dollar amount of its bid will be reduced (for evaluation purposes only) by an amount equal to 3% of the lowest responsible bid. DVBE incentive qualification is not mandatory. Failure to qualify for the DVBE incentive will not render a bid non-responsive. To receive the DVBE incentive, at least 3% of the contract goods and/or services must be provided by a DVBE performing a commercially useful function. Or, for solicitations of non-it goods and IT goods and services, Bidder may have an approved Business Utilization Plan (BUP) on file with the CA Department of General Services (DGS). If Bidder wishes to seek the DVBE incentive: a. Bidder must complete and submit with its bid the DVBE Incentive Qualification Declaration (SDSC Form #PUR-003) (Attachment 2), attached. Bidder must also submit all materials required in the DVBE Incentive Qualification Declaration. b. Bidder must submit with its bid a DVBE Status Declaration (SDSC Form #PUR-004) (Attachment 3) completed and signed by each DVBE that will provide goods and/or services in connection with the contract. If Bidder is itself a DVBE, it must complete and sign the DVBE Status Declaration. If Bidder will use DVBE subcontractors, each DVBE subcontractor must complete and sign a DVBE Status Declaration. NOTE: The DVBE Status Declaration is not required if Bidder will qualify for the DVBE incentive using a BUP on file with DGS. Failure to complete and submit these forms as required will result in Bidder not receiving the DVBE incentive. In addition, the court may request additional written clarifying information. Failure to provide this information as requested will result in Bidder not receiving the DVBE incentive. If Bidder receives the DVBE incentive: (i) Bidder will be required to complete a Post-Contract certification (SDSC Form #PUR-006) if DVBE subcontractors are used; (ii) Bidder must use any DVBE subcontractor(s) identified in its bid unless the court approves in writing the substitution of another DVBE; and (iii) failure to meet the DVBE commitment set forth in its bid will constitute a breach of contract. FRAUDULENT MISREPREPRETATION IN CONNECTION WITH THE DVBE INCENTIVE IS A MISDEMEANOR AND IS PUNISHABLE BY IMPRISONMENT OR FINE, AND VIOLATORS ARE LIABLE FOR CIVIL PENALTIES. SEE MIL. & VET. CODE SMALL BUSINESS PREFERENCE: Eligibility for and application of the small business preference are governed by the San Diego Superior Court s Small Business Preference 3/30/2015 4:00 PM p. 16

17 RFQ TM Epson Power Supply and Epson Receipt Printer Procedures for the Procurement of Information Technology Goods and Services. Bidder will receive a small business preference if, in the court s sole determination, Bidder has met all applicable requirements. If Bidder receives the small business preference, the dollar amount of its bid will be reduced (for evaluation purposes only) by an amount equal to 5% of the lowest responsible bid, not to exceed $50,000. If a DVBE incentive is also offered in connection with this solicitation, (i) the combined value of the small business preference and the DVBE incentive may not exceed $100,000, and (ii) additional rules regarding the interaction between the small business preference and the DVBE incentive apply. Small business participation is not mandatory. Failure to qualify for the small business preference will not render a bid non-responsive. To receive the small business preference, Bidder must be either (i) a Department of General Services ( DGS ) certified small business or microbusiness performing a commercially useful function, or (ii) a DGS-certified small business nonprofit veteran service agency. If Bidder wishes to seek the small business preference, Bidder must complete and submit with its bid the Small Business Declaration (SDSC Form #PUR-011) (Attachment 4). Bidder must submit with the Small Business Declaration all materials required in the Small Business Declaration. Failure to complete and submit the Small Business Declaration as required will result in Bidder not receiving the small business preference. After the Bidder submits the Small Business Declaration, the court may request additional written clarifying information. Failure to provide this information as requested will result in Bidder not receiving the small business preference. If Bidder receives the small business preference, (i) Bidder will be required to complete a Small Business Post-Contract Report (SDSC Form #PUR-012); and (ii) failure to meet the small business commitment set forth in its bid will constitute a breach of contract. FRAUDULENT MISREPREPRETATION IN CONNECTION WITH THE SMALL BUSINESS PREFERNCE IS UNLAWFUL AND IS PUNISHABLE BY CIVIL PENALTIES. SEE GOVERNMENT CODE SECTION Protests: This procurement is estimated to be below the applicable threshold for which protests are accepted, therefore, NO PROTESTS WILL BE ACCEPTED for this procurement and the court will reject any protest received. See San Diego Superior Court s Procurement Protest Policy (SDSC Form #ADM-244) available on the court s website. 11. Terms and Conditions if Awarded: ACCEPTANCE: By delivering the ordered goods or commencing performance under this order, vendor agrees to the specifications, terms, and conditions in or referenced by this document (collectively, the order ). Vendor s additional or different terms and conditions are expressly excluded from this order and the court does not agree to such terms or conditions. This order s terms and conditions may only be varied by a writing signed by the court s duly authorized representative. AUDIT RIGHT: Vendor agrees to maintain records relating to performance and billing by Vendor under this order for a period of four years after final payment. During the period of time that Vendor is required to retain such records, the court or its representative may, during normal business hours, inspect and make extracts or copies of such records and other materials for purposes of confirming the accuracy of invoices submitted hereunder. CHANGES: No change or modification in terms, quantities, or specifications may be made without express authorization in writing from the court. INDEMNITY: Vendor will indemnify and hold harmless the court, other California Judicial Branch Entities, and their officers, agents, and employees from and against all claims, losses, and expenses, including attorneys fees and costs, that arise out if (i) a defect, whether latent or patent, in the goods or services purchased hereunder, (ii) and act or 3/30/2015 4:00 PM p. 17

18 RFQ TM Epson Power Supply and Epson Receipt Printer omission of vendor, its agents, employees, independent contractors, or subcontractors in the performance of this agreement, (iii) the infringement of any third party intellectual property or other rights by the goods or services purchased hereunder, (iv) a breach of a representation, warranty, or other provision of this agreement. This indemnity applies regardless of the theory of liability on which a claim is made or a loss occurs. This indemnity will survive the expiration or termination of this agreement or delivery and acceptance of the goods and services. This indemnity does not cover claims, losses or expenses or expenses to the extent they arise out of the gross negligence of the court. INSPECTION AND ACCEPTANCE: Notwithstanding any prior inspection or payments, all goods and services delivered hereunder are subject to final inspection and acceptance or rejection by the court at any time within thirty days after delivery to the court. All items which are not in compliance with the specifications hereof, which are not as warranted or which are shipped late, shipped in excess or insufficient quantities or substituted for items ordered hereunder may be rejected by the court and returned or held at Vendor's expense and risk. Payment does not constitute an acceptance of the material nor impair the court's right to inspect or any of its remedies. INSURANCE: Vendor will maintain insurance that is sufficient in scope and amount to permit Vendor to pay in the ordinary course of business insurable claims, losses and expenses, including insurable claims, losses and expenses that arise out of Vendor s performance of this order. Vendor will maintain employer s liability and workers compensation coverage at statutory levels covering all employees performing work under this order. INVOICES, PAYMENT AND SETOFF: The court has no obligation to pay for any item until one original and two copies of a correct, itemized invoice for the item is received at the address shown on the face of this order. Payment is due thirty days from receipt of a correct, itemized invoice. Each invoice must be printed on Vendor's standard printed bill form, and must include at a minimum (i) the order number, (ii) Vendor's name and address, (iii) the nature of the invoiced charge, (iv) the total invoiced amount, and (v) such detail as is reasonably necessary to permit the court to evaluate the goods received and the services performed, if any, including without limitation the number of hours worked and the applicable hourly rate. Amounts owed to the court due to rejections of goods or services or discrepancies in an invoice will be, at the court's option, fully credited against future invoices payable by the court, or paid by Vendor within thirty days from Vendor's receipt of a debit memo or other written request for payment by the court. The court has the right at any time to set off any amount owing from Vendor to the court against any amount payable by the court pursuant to this order or any other transaction or occurrence. LEGAL COMPLIANCE: (a) Vendor must observe and comply with all federal, state, city, and local laws, rules, and regulations affecting goods and services under this order. (b) Vendor and its subcontractors, if any, must not unlawfully discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, physical handicap, medical condition, marital status, age (over 40), sex or sexual orientation. Vendor must ensure that the evaluation and treatment of employees and applicants for employment are free of such discrimination. Vendor and its subcontractors, if any, must give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. (c) Vendor must comply with the Americans with Disabilities Act (ADA) of 1990 (42 U.S.C et seq.) which prohibits discrimination on the basis of disability, as well as with all applicable regulations and guidelines issued pursuant to the ADA, as well as California s Fair Employment and Housing Act (Gov. Code et seq.). (d) This order incorporates the terms and conditions set forth in the document entitled JBCL Required Provisions, posted at 3/30/2015 4:00 PM p. 18

19 RFQ TM Epson Power Supply and Epson Receipt Printer MATERIAL SAFETY DATA SHEETS: If some or all of the goods being provided by Vendor are on CAL OSHA's "Hazardous Substances List," Vendor will, upon request, forward a completed Material Safety Data Sheet (MSDS) to the court. RISK OF LOSS: Vendor bears the risk of loss or damage to the ordered goods until Vendor delivers the goods to the court's place of business unless a different F.O.B. point is indicated on the face of this order. Notwithstanding such delivery, Vendor bears the risk of loss or damage to the goods purchased under this order in the event of and from the time the court gives notice of rejection or termination of this order. STATUS AS INDEPENDENT CONTRACTOR AND SUBCONTRACTS: Vendor is an independent contractor and while performing work on or off the court's premises neither it nor any of its agents or employees will be considered agents or employees of the court. Vendor may not assign, subcontract, or delegate its obligations under this order without the prior written consent of the court, and any attempted assignment, subcontract, or delegation is void. TERMINATION: The court may terminate all or part of this order for any or no reason at any time by giving notice to Vendor. Should court terminate this order for convenience, the court's liability will be: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten percent of the purchase price; (b) for custom products, the lesser of (i) a reasonable price for raw materials, components, work in progress, and any finished units on hand, or (ii) the price, set forth in this order, per finished unit, after giving effect to any discount the court would otherwise be entitled to. For termination of any separate services specifically ordered, liability will be the lesser of (a) a reasonable price for the services rendered prior to termination, or (b) the price for the services. If any hourly or other time-based rate for services is specified in this order, such rate will be used in determining a reasonable price. Upon receipt of a termination notice, Vendor must, unless otherwise directed, cease work and follow the court's directions as to work in progress and finished goods. WARRANTIES: Vendor warrants that all goods delivered will (a) be free from defects in workmanship, material, and manufacture (including, without limitation, defects which could create a hazard to life or property); (b) be new, not refurbished or reconditioned, unless stated otherwise in this order; (c) be of merchantable quality and fit for the purposes intended by the court to the extent disclosed by Vendor; (d) comply with the requirements of this order; and (e) comply with all applicable laws and regulations. Vendor further warrants that all services will be rendered in a good and workmanlike manner by skilled personnel in compliance with all applicable laws and regulations. LOSS LEADER PROHBITION: It is unlawful for any person engaged in business within this state to sell or use any article or product as a loss leader as defined in Bus. & Prof. Code /30/2015 4:00 PM p. 19

20 Question and Answers for Bid #TM Epson Power Supply and Receipt Printer 5 Overall Bid Questions Question 1 For Epson TM-U675 Receipt Printer. There are approximately 7 different printers. Do you have the manufacturer part number of the one you are looking for (Submitted: Mar 30, :16:00 PM PDT) Answer - Hi, The manufacturer part number is C31C283A8791. It's also in the Bid Comments. Thank you, Tricia McEwen (Answered: Mar 30, :59:36 PM PDT) Question Deadline: Apr 6, :00:00 PM PDT 3/30/2015 4:00 PM p. 20 6

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public 5 Solicitation WE0013-15 WE0013-15 U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6 Bid designation: Public San Diego Superior Court 4/27/2015 12:43 PM p. 1 6 WE0013-15 U.S Upgrade:VMWare vsphere 6

More information

Solicitation TM Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels. Bid designation: Public

Solicitation TM Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels. Bid designation: Public 5 Solicitation TM0005-15 Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels Bid designation: Public San Diego Superior Court 4/13/2015 2:47 PM p. 1 6 Zebra G-Series GX430t Label Printers

More information

Solicitation DA HP Unified Functional Testing Software Maintenance. Bid designation: Public

Solicitation DA HP Unified Functional Testing Software Maintenance. Bid designation: Public 5 Solicitation DA00133-14 HP Unified Functional Testing Software Maintenance Bid designation: Public 6/12/2014 10:34 AM p. 1 6 HP Unified Functional Testing Software Maintenance 5 Bid Number Bid Title

More information

Solicitation DA Hardware Maintenance & Support - DELL Compellent Copilot Optimize. Bid designation: Public

Solicitation DA Hardware Maintenance & Support - DELL Compellent Copilot Optimize. Bid designation: Public Solicitation DA00104-14 Hardware Maintenance & Support - DELL Compellent Copilot Optimize Bid designation: Public San Diego Superior Court 2/28/2014 9:45 AM p. 1 Hardware Maintenance & Support - DELL Compellent

More information

Solicitation YR Canon Microfilm Machine Maintenance & Service. Bid Designation: Public

Solicitation YR Canon Microfilm Machine Maintenance & Service. Bid Designation: Public 5 Solicitation YR3887-16 Canon Microfilm Machine Maintenance & Service Bid Designation: Public San Diego Superior Court 7/27/2015 11:14 AM p. 1 6 Canon Microfilm Machine Maintenance & Service 5 Bid Number

More information

SUPERIOR COURT OF CALIFORNIA, COUNTY OF SAN MATEO REQUEST FOR QUOTE FORM (INFORMATION TECHNOLOGY GOODS AND SERVICES VALUED AT LESS THAN $100,000)

SUPERIOR COURT OF CALIFORNIA, COUNTY OF SAN MATEO REQUEST FOR QUOTE FORM (INFORMATION TECHNOLOGY GOODS AND SERVICES VALUED AT LESS THAN $100,000) SUPERIOR COURT OF CALIFORNIA, COUNTY OF SAN MATEO REQUEST FOR QUOTE FORM (INFORMATION TECHNOLOGY GOODS AND SERVICES VALUED AT LESS THAN $100,000) RFQ NO.: 14-102 Date Issued: April 30, 2014 Superior Court

More information

RFQ for Multifunction Copy/Print/Scan Solution

RFQ for Multifunction Copy/Print/Scan Solution SUPERIOR COURT OF CALIFORNIA, COUNTY OF SANTA CRUZ RFQ for Multifunction Copy/Print/Scan Solution Michelle Duarte 5/11/18 The Superior Court of California, County of Santa Cruz is issuing this Request

More information

SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA SAMPLE AGREEMENT PUBLIC WORKS PROJECT SERVICES SHORT FORM AGREEMENT AGREEMENT NUMBER

SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA SAMPLE AGREEMENT PUBLIC WORKS PROJECT SERVICES SHORT FORM AGREEMENT AGREEMENT NUMBER SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA SAMPLE AGREEMENT PUBLIC WORKS PROJECT SERVICES SHORT FORM AGREEMENT AGREEMENT NUMBER 1. In this agreement (the Agreement ), the term Contractor refers

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

TJC Purchase Order Terms and Conditions

TJC Purchase Order Terms and Conditions TJC Purchase Order Terms and Conditions 1. DELIVERY; SUBSTITUTIONS; INVOICES: Goods shall be delivered and services performed during normal business hours. Goods shall be delivered to the College s address

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 Wilmington, NC 28403 Telephone: (910) 798-7187 Fax: (910) 798-7806 Lisa Wurtzbacher, CPA Chief Financial Officer Barbara D. McClure,

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

GREATER ROANOKE TRANSIT COMPANY (GRTC) d/b/a VALLEY METRO 1108 Campbell Avenue, S.E. Roanoke, Virginia 24013

GREATER ROANOKE TRANSIT COMPANY (GRTC) d/b/a VALLEY METRO 1108 Campbell Avenue, S.E. Roanoke, Virginia 24013 DATE: January 3, 2019 RFQ 18-GRTC-1219 Transfers From: Tyler Linkenhoker, Director of Procurement E-mail Address: tlinkenhoker@valleymetro.com Telephone number: (540) 982-0305 ext. 116 Fax number: (540)

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

PURCHASE ORDER TERMS & CONDITIONS

PURCHASE ORDER TERMS & CONDITIONS 1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions 1. These terms and conditions together with the terms and conditions on the face of the Purchase Order, and any specifications, drawings, instructions or other written

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS These terms and conditions apply to the order set forth above (the ORDER ) between SUPPLIER and BUYER (individually PARTY; collectively PARTIES ) relating to the goods/services (individually

More information

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS

CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS CALIFORNIA DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PROGRAM, PARTICIPATION REQUIREMENTS, AND DVBE INCENTIVE INSTRUCTIONS (Revision Date September 4, 2012) AUTHORITY: The Disabled Veteran Business Enterprise

More information

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More information

Patton State Hospital INVITATION FOR BID

Patton State Hospital INVITATION FOR BID 3102 East Highland Avenue, Patton, CA 92369 (909) 425-7000 INVITATION FOR BID May 17, 2011 Notice to Prospective Bidders: The California Department of Mental Health, (PSH), invites you to participate in

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE This Purchase Order ( PO ) constitutes a binding contract between the Vendor and Tyler Independent School District (

More information

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.

More information

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc. AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan

More information

Atlantis Industries Corporation Terms and Conditions

Atlantis Industries Corporation Terms and Conditions Atlantis Industries Corporation Terms and Conditions 1. ACCEPTANCE OF PURCHASE ORDER ATLANTIS INDUSTRIES CORPORATION (BUYER) OFFERS TO PURCHASE THE MATERIALS OR SERVICES DESCRIBED HEREIN ONLY UPON THE

More information

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any

More information

Bid Title: Hardware and Software Support for HP EVA4400 SAN Infrastructure BIDS ARE DUE ON OR BEFORE THE DATE SPECIFIED ABOVE.

Bid Title: Hardware and Software Support for HP EVA4400 SAN Infrastructure BIDS ARE DUE ON OR BEFORE THE DATE SPECIFIED ABOVE. REQUEST FOR QUOTE SOLICITATION NO: #201-35076615 SUPERIOR COURT OF CALIFORNIA COUNTY OF LOS ANGELES BID DUE: May 19, 201 @ 12:00 P.M. RELEASE DATE: May 12, 201 RETURN BID TO ADDRESS BELOW: Superior Court

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

Request for Quotation

Request for Quotation University of South Carolina Purchasing Department 1600 Hampton Street, 6th floor Columbia, SC 29208 Telephone: (803) 777-4115 Request for Quotation Page One THIS IS NOT AN ORDER Quotation must be received

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: Audio Visual Maintenance and Support City Towers PROPOSALS DUE: June 11, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

Independent Contractor Agreement Form

Independent Contractor Agreement Form Independent Contractor Agreement Form AGREEMENT is made this on (date), by and between Central Piedmont Community College/CPCC (Herein after referred to as CPCC) and (Herein after referred to as Contractor

More information

ITB R Addendum # 1 Dairy Delivery THE FOLLOWING CLARIFICATIONS TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED.

ITB R Addendum # 1 Dairy Delivery THE FOLLOWING CLARIFICATIONS TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED. 9/21/2014 Purchasing Department 16550 SW Merlo Road, Beaverton, OR 97006 Phone: 503-591-4461 ITB 14-0026R Addendum # 1 Dairy Delivery THE FOLLOWING CLARIFICATIONS TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED.

More information

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

More information

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Critical Spare Parts for General Electric LM6000 PC Sprint Gas Turbines at the Canyon Power Plant, Anaheim, California RFP Date: October

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

More information

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION THIS AGREEMENT is made and entered into by and between King County ( the County ) and the City of Medina, ( the City ). RECITALS

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

CONSTRUCTION SOLICITATION/QUOTATION/ PURCHASE ORDER

CONSTRUCTION SOLICITATION/QUOTATION/ PURCHASE ORDER Palm Beach County Department of Environmental Resources Management 2300 North Jog Road, 4 th Floor West Palm Beach, FL 33411-2743 Phone: 561-233-2400 Fax: 561-233-2414 REV. 02/2011 CONSTRUCTION SOLICITATION/QUOTATION/

More information

SERVICE AGREEMENT

SERVICE AGREEMENT SERVICE PROVIDER TRUSTEES SERVICE AGREEMENT 02-09-18 For use on any CSU project. This AGREEMENT is made and entered into this [Day] day of [Month], [Year] pursuant to the Public Contract Code 10700, et

More information

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

Sample Request For Proposals

Sample Request For Proposals Sample Request For Proposals California Education Coalition for Health Care Reform A Joint Labor-Management Committee NOTICE TO BIDDERS HEALTH CARE INSURANCE NOTICE IS HEREBY GIVEN that the (name of district>.

More information

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000 INVITATION FOR BID BID NO. B017003 Premium Pyxis Medstation 4000 ARKANSAS TECH UNIVERSITY Procurement and Risk Management Services Young Building East End 203 West O Street Russellville, AR 72801-2222

More information

INVITATION FOR BID (IFB) IFB # PO LAUNDRY EQUIPMENT Notice to Prospective Bidders

INVITATION FOR BID (IFB) IFB # PO LAUNDRY EQUIPMENT Notice to Prospective Bidders February 13, 2013 INVITATION FOR BID (IFB) IFB # PO 0461.12027 LAUNDRY EQUIPMENT Notice to Prospective Bidders The California Prison Industry Authority (CALPIA) invites you to review and respond to this

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

Request for Quotation

Request for Quotation Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile

More information

PERSONAL SERVICES CONTRACT

PERSONAL SERVICES CONTRACT PERSONAL SERVICES CONTRACT THIS CONTRACT is entered into on, 20 between the CITY OF BERKELEY ( City ), a Charter City organized and existing under the laws of the State of California, and ( Contractor

More information

REQUEST FOR QUOTE # 16471

REQUEST FOR QUOTE # 16471 REQUEST FOR QUOTE # 16471 RFQ # 16471 Quotation Due By: Bid Due Time: 12/13/2013 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX: REPLY

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18006 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

Request for Proposal Airwatch Mobile Device Management

Request for Proposal Airwatch Mobile Device Management January 17, 2013 Request for Proposal 13026 Airwatch Mobile Device Management Tulsa Public Schools is inviting proposals to provide a mobile device management solution for the District in accordance with

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

BENTON COUNTY PERSONAL SERVICES CONTRACT

BENTON COUNTY PERSONAL SERVICES CONTRACT BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and hereinafter called CONTRACTOR.

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. Entire Agreement: (a) This Purchase Order including any addenda, sets forth the entire agreement relating to the purchased products or services and merges all prior

More information

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014

THIS BID MUST BE RECEIVED NO LATER THAN 2:00 P.M. ON: 01/24/14 THURSDAY, FEBRUARY 13, 2014 RETURN BID TO: THE UNIVERSITY OF MARYLAND BALTIMORE COUNTY DEPARTMENT OF PROCUREMENT 1000 HILLTOP CIRCLE, RM 301, ADMIN. BLDG. BALTIMORE, MD 21250 REQUEST TO BID No. BC-20909-R Mallela Ralliford: 410-455-2071

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs

More information

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

MODIFICATIONS OR AMENDMENTS:

MODIFICATIONS OR AMENDMENTS: 1. GENERAL: These terms and conditions ("Terms") shall be applicable to any accompanying purchase order received by you ("Supplier") from Advanced Engineering, Inc. ("Purchaser"). The term "Goods and Services"

More information

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 1. ORDER APPLICABILITY AND ACCEPTANCE. (A) This purchase order is an offer by Micromedics (dba Nordson MEDICAL ) for the

More information

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES 1. General Terms: These General Terms and Conditions shall apply to and be incorporated by this reference in all

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535 EQUIPMENT WITH OPERATOR P R O P O S A L F O R M Due Date: April 21, 2016-9:00 am MITN Code: 97535 To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City MI 49696 The undersigned

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

More information

RFP NAME: AUDITING SERVICES

RFP NAME: AUDITING SERVICES REQUEST FOR PROPOSAL RFP Number # RV070806 RFP NAME: AUDITING SERVICES The City of San Jose Housing Department is seeking qualifications from individuals and firms interested in providing professional

More information

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED) Contract Number: Funding Source: Budget Number: Site/Department: Program Responsibility: Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

More information

NORTH CAROLINA CENTRAL UNIVERSITY

NORTH CAROLINA CENTRAL UNIVERSITY NORTH CAROLINA CENTRAL UNIVERSITY PROFESSIONAL SERVICES AGREEMENT Between North Carolina Central University 1801 Fayetteville Street Durham, North Carolina 27707 And THIS AGREEMENT made and entered into

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: IFB Title: Courthouse Signage IFB No. 14155004 BIDS DUE: February 20, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev 9/24/12

More information

Transurban Standard Terms and Conditions

Transurban Standard Terms and Conditions Transurban Standard Terms and Conditions 1. General. 1.1 In the absence of an existing written contract between the parties in effect as of the Purchase Order date for the particular goods or services

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

SOMERSET COUNTY INSURANCE COMMISSION

SOMERSET COUNTY INSURANCE COMMISSION SOMERSET COUNTY INSURANCE COMMISSION REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES The Somerset County Insurance Commission ( Commission ) is soliciting proposals through a fair and open process in accordance

More information

Request for Quotation Page One

Request for Quotation Page One Request for Quotation Page One THIS IS NOT AN ORDER Purchasing Department 1600 Hampton Street, Suite 606 Columbia, SC 29208 (803) 777-4115 Quotation must be received no later than: 02:00 PM Send Quotation

More information

Force Vector, Inc. Master Contract for Sales of Goods and Services

Force Vector, Inc. Master Contract for Sales of Goods and Services Force Vector, Inc. Master Contract for Sales of Goods and Services 1. Force Vector s Business. Force Vector, Inc., an Illinois corporation ( Force Vector ) sells various industrial goods as a reseller

More information